Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2025 SAM #8473
SOURCES SOUGHT

R -- Instrument Transport Garner VA Clinic

Notice Date
2/5/2025 6:01:57 AM
 
Notice Type
Sources Sought
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24625Q0400
 
Response Due
2/7/2025 2:30:00 PM
 
Archive Date
02/22/2025
 
Point of Contact
Daniel Spaulding, Contracting Officer, Phone: 757-722-9961 x17592
 
E-Mail Address
daniel.spaulding@va.gov
(daniel.spaulding@va.gov)
 
Awardee
null
 
Description
Page 3 of 3 DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office 6 (NCO 6) Sources Sought Medical Instrument Transport Services for Garner VA Clinic In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, the Government reserves the right to revise the Performance Work Statement and other contract requirements, before the release of any associated solicitation. This notice is not a Request for Proposals (RFP). Information provided in this notice is subject to change prior to release of a solicitation. OVERVIEW The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research to identify potential sources for MEDICAL COURIER SERVICES supporting the Garner VA Clinic in Garner, North Carolina. The contractor shall provide regularly scheduled pickups of reusable medical devices. Biohazardous medical devices will be transported from DURHAM VA Health Care System to VA outpatient center in Garner as listed in the Performance Work Statement to the location in accordance with the terms and conditions of this requirement, in the scheduled weekday pickup/delivery. The attached Performance Work Statement is a draft only and contains errors being addressed by the requiring facility. SCOPE OF WORK ITEMS TO BE TRANSPORTED MAY INCLUDE BUT ARE NOT LIMITED TO: a. Case carts with sterile Trays and peel pack instrument for delivery/soiled instrument and trays (biohazard) pickup are approximately 15 x15 x20 in size and sometimes additional Items or paperwork. b. Sterilized trays and all other items will be properly packaged by the Sterile Processing Service staff at both locations for transportation and will be placed in case carts weighing approximately 50-60 pounds; and 55 inches height by 36 inches wide in size. c. Contractor shall check with the VAMC Durham Sterile Processing Service (originating facility) for transport items prior to beginning the round trip to the Garner facilities in order to ensure necessary steps are taken to efficiently and safely transport items. All sterilized items will be properly packaged by Government personnel for transportation and will be placed in the case carts. SMALL BUSINESS REQUIREMENTS For market research purposes, all responses to this notice will be reviewed, regardless of small business/socioeconomic category, including those firms that are identified as large businesses. Review of responses to this notice will support later determination of set-aside requirements, if a solicitation becomes available, where the rule of two is met regarding a set-aside, including set-asides under 38 U.S.C. 8127 and 8128 for Service Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) firms registered in the Vendor Information Pages (VIP) database, in accordance with priorities set by regulation. NAICS CODE: 492110, COURIERS AND EXPRESS DELIVERY SERVICES (SBA Size Standard: 1500 employees) PRODUCT OR SERVICE CODE (PSC): R602, SUPPORT- ADMINISTRATIVE: COURIER/MESSENGER INSTRUCTIONS FOR RESPONDING: Interested companies can respond, via email, to daniel.spaulding@va.gov, with the following information: (1.) Company Point of Contact, including name, title, phone number and email address. (2.) Company name, DUNS number, small business/socioeconomic status of the company, and address of the applicable office. (3.) Documentation evidencing certification/licensure to provide services in the State of North Carolina. (4.) Accord Certificate of Insurance Additional information may be requested by the Contracting Officer at a later time. POINT OF CONTACT: Daniel Spaulding Contracting Officer Supply/Services Team 4 Network Contracting Office (NCO) 6 Regional Procurement Office (RPO) East Veterans Health Administration U.S. Department of Veterans Affairs Tel: 757-722-9961 x17592 daniel.spaulding@va.gov DUE DATE FOR RESPONSES: This notice will close on Friday, February 7, 2025, at 05:30PM Eastern Time. CONTRACTOR RESPONSIBILITY A potential source, for the purposes of this notice, is considered to be any company meeting the following requirements. Some of the below requirements may be modified prior to release of any solicitation. 1. The potential source does not merely subcontract the services and acts as prime contractor to provide all services directly to its customers and/or the Veterans Health Administration. The potential source holds all licenses/certifications and insurance required by the State of North Carolina. The potential source directly owns and controls all equipment, facilities, management, financial means, and other items necessary to directly perform the required services. 2. The potential source is registered in the System for Award Management (SAM) database at https://www.sam.gov, as whichever entity/office that would receive award in the event of a solicitation. 3. The potential source is registered in the Small Business Administration s Veteran Small Business Certification (VetCert) database at https://veterans.certify.sba.gov/, if applicable. (This is only applicable to firms meeting Small Business Administration (SBA) and VA requirements for Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) programs.) 4. The potential source has completed submission of the current cycle, for calendar year 2017, VETS-4212 Report at http://www.dol.gov/vets/programs/fcp/main.htm (Only applicable where the potential source has held federal contracts in the amount of $150,000.00 or more, performed during the current cycle). 5. The potential source has favorable (satisfactory) past performance information for federal contracts, as documented in Government databases, including the Federal Awardee Performance and Integrity Information System (FAPIIS) and Contractor Performance Assessment Reporting System (CPARS), where applicable.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9c6df14ed3cf4c3f845eb91d0028d82f/view)
 
Place of Performance
Address: Garner VA Outpatient Clinic 1027 US-70 #202, Garner 27529
Zip Code: 27529
 
Record
SN07334132-F 20250207/250205230038 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.